SOURCES SOUGHT
99 -- VICON Security System Installation and Maintenance
- Notice Date
- 11/16/2020 5:59:44 AM
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- W6DY PEO EIS FT DETRICK SPT FORT DETRICK MD 21702-5044 USA
- ZIP Code
- 21702-5044
- Solicitation Number
- W904TE-21-T-0001
- Response Due
- 1/3/2021 12:00:00 AM
- Archive Date
- 01/18/2021
- Point of Contact
- Christopher Eaton
- E-Mail Address
-
christopher.j.eaton4.civ@mail.mil
(christopher.j.eaton4.civ@mail.mil)
- Description
- This is a RFI - Source Sought announcement only. This RFI is for planning purposes only and SHALL NOT be considered as Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. No award will be made from this announcement! Mail or telephone inquiries will not be accepted or acknowledged and no feedback or evaluations will be provided to the companies providing a submission to this RFI. All capabilities statements shall be submitted (no more than five (5) pages) in electronic response in a Microsoft Office Word format or a Portable Document Format. Submissions to this RFI shall be submitted not later than 03 January 2021 and shall be submitted to:� christopher.j.eaton4.civ@mail.mil. THERE IS NO SOLICITATION AT THIS TIME.� No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this RFI or Government use of such information. Any information submitted by respondents to this notice is strictly voluntary. The Government reserves the right to reject, in whole or part, any contractor input resulting from this RFI. The information resulting from this RFI may be included in an RFP. This request for capability information does not constitute a request for proposals. Please do not submit proposals. The result of this market research will contribute to determining the method of procurement. The government will evaluate market information to ascertain potential market capacity to: Provide services consistent in scope and scale with those described in this notice and otherwise anticipated secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability; organizations should address the administrative and management structure of such arrangements. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 541330. The contractor shall provide the necessary engineering services to provide the support which is outlined below: 1. The Offeror shall demonstrate in their capability statement their ability to support the following systems: Gallager Intrusion Detection Systems (IDS); CCure 9000 Access Control Systems (ACS); VICON Closed Circuit Television Systems (CCTV); Forward-Looking Infrared Radar (FLIR) Cameras; Security Lighting Systems (SLS); Electronic Cypher Locks (ECL); Security System Pop-Up Barriers; Back-Up Power Systems. 2. The Offeror shall have an active SECRET facility clearance, safeguarding is not required.� The Offeror shall include either their CAGE Code, or DUNS Number with their capabilities statement. 3.� The Offeror shall have the ability to provide engineering services at three Government locations: FT. Campbell, KY FT. Stewart, GA Hunter Army Airfield, GA 4. The Offeror shall have the ability to support the security system on a 24-hour-a-day, seven-days-a-week basis to perform emergency repairs.� The response time for system failures shall be within four hours of Contractor notification. 5. The Offeror shall have the following certifications to work on the Government�s security network, the Offeror does not need to provide proof of these certifications in their capability statement, but will during the proposal process: �C-Cure 9000 software �VICON Camera System�s and associated components �Gallager Access Control and associated components DAQ C-4/C-5 IDS systems and associated components FLIR systems (Ground based) and associated components Delta Scientific Pop-Up Barrier Systems Restrictions: None of the personnel performing this work shall have a criminal record. The Contractor shall be bonded and insured. All Contractor employees with direct access to Government locations shall be American citizens.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e8222d0ffa244cb5ab80457f1ca1fe71/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN05854184-F 20201118/201116230142 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |